Harborough District Council: HDC 111 - Lift works - The Symington Building

  Harborough District Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: HDC 111 - Lift works - The Symington Building
Notice type: Contract Notice
Authority: Harborough District Council
Nature of contract: Works
Procedure: Open
Short Description: Works to replace the main passenger lift in The Symington Building. The Council anticipates that the appointed contractor will take full responsibility for coordination, management and delivery.
Published: 08/10/2015 14:29

View Full Notice

UK-Market Harborough: Lift installation work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Harborough District Council
      Harborough District Council Council Offices, The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
      Tel. +44 1858828282, Email: Commissioning2@harborough.gov.uk, URL: http://www.harborough.gov.uk, URL: http://harborough/index.htm TBC
      Contact: Jonathan Ward-Langman, Attn: Jonathan Ward-Langman
      Electronic Access URL: https://www.delta-esourcing.com
      Electronic Submission URL: https://www.delta-esourcing.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: WORKS
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: HDC 111 - Lift works - The Symington Building
      II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
         Design and Execution

         Region Codes: UKF2 - Leicestershire, Rutland and Northamptonshire         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Lift installation work. Works to replace the main passenger lift in The Symington Building. The Council anticipates that the appointed contractor will take full responsibility for coordination, management and delivery.
         
      II.1.6)Common Procurement Vocabulary:
         45313100 - Lift installation work.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Works to replace the main passenger lift in The Symington Building. The Council anticipates that the appointed contractor will take full responsibility for coordination, management and delivery.         
         Estimated value excluding VAT: 110,000
         Currency: GBP
                        
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 04/07/2016
         Completion: 10/09/2016

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Refer to the tender documents. The Council requires that the preferred provider is registered with Constructionline.The Council requires that the preferred provider has completed PAS 91 Pre-qualification questionnaire.The Council requires that the preferred provider has qualified for a SSIP approved Health and Safety Accreditation Scheme.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Refer to the tender documents.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Refer to the tender documents.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      The Council requires that the preferred provider is registered with Constructionline.The Council requires that the preferred provider has completed PAS 91 Pre-qualification questionnaire.The Council requires that the preferred provider has qualified for a SSIP approved Health and Safety Accreditation Scheme and/or is a member of CHAS (Contractors Health and Safety Assessment scheme).      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         Current registration on ConstructionLine will be evidence of the above requirements.         
         Minimum Level(s) of standards possibly required:
         Refer to the tender documents.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         
         Information and formalities necessary for evaluating if requirements are met:
         Refer to the tender documents.Confirmation that the Council may approach contracting authorities to seek confirmation of the satisfactory delivery of services listed at III.2.3) (a)         
         Minimum Level(s) of standards possibly required:
         Refer to the tender documents.      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated below
            Criteria - Weighting
            Price - 60
            Technical capacity - 40

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: HDC 111      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 08/11/2015
      Time-limit for receipt of requests for documents or for accessing documents: 23:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 09/11/2015
         Time: 09:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 180
      
      IV.3.8)Conditions for opening tenders
         Date: 09/11/2015
         Time: 09:00
         Place:
         N/A
         Persons authorised to be present at the opening of tenders: Yes
            Authorised Harborough District Council offficers


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Requests for clarification will be accepted via the Delta eSourcing portal up until 9.00.am. on November 2nd 2015; responses will be made available to all providers via the Delta portal.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Market-Harborough:-Lift-installation-work./7W77C592GX

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7W77C592GX
GO-2015108-PRO-7168078 TKR-2015108-PRO-7168077
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Harborough District Council
      The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
      Tel. +44 7880512540, Email: Commissioning2@harborough.gov.uk

      VI.4.2)Lodging of appeals: The Council will incorporate a minimum 10 working day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 08/10/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-Market Harborough: Lift installation work.

Section I: Contracting Authority
   Title: UK-Market Harborough: Lift installation work.
   I.1)Name, Addresses and Contact Point(s):
      Harborough District Council
      Harborough District Council Council Offices, The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
      Tel. +44 1858828282, Email: Commissioning2@harborough.gov.uk, URL: http://www.harborough.gov.uk, URL: http://harborough/index.htm TBC
      Contact: Jonathan Ward-Langman, Attn: Jonathan Ward-Langman
      Electronic Access URL: https://www.delta-esourcing.com
      Electronic Submission URL: https://www.delta-esourcing.com

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: HDC 111 - Lift works - The Symington Building      
      II.1.2)Type of contract and location of works:
         WORKS
Design and Execution
         Region Codes: UKF2 - Leicestershire, Rutland and Northamptonshire         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Lift installation work. Works to replace the main passenger lift in The Symington Building. The Council anticipates that the appointed contractor will take full responsibility for coordination, management and delivery.
      II.1.5)Common procurement vocabulary:
         45313100 - Lift installation work.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 70,145
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 60
         Technical capacity - 40
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: HDC 111         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: HDC 111

      V.1)Date Of Contract Award: 17/03/2016      
      V.2) Information About Offers
         Number Of Offers Received: 7          
         Number Of Offers Received By Electronic Means: 7       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Axis Elevators Ltd
         Postal address: Unit G1, Blackfriars Foundry Annexe, 65 Glasshill Street
         Town: London
         Postal code: SE1 0QR
         Country: United Kingdom
         Email: graham.plumb@axiselevators.co.uk
         Internet address: www.axiselevators.co.uk
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 70,145
            Currency: GBP

      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Requests for clarification will be accepted via the Delta eSourcing portal up until 9.00.am. on November 2nd 2015; responses will be made available to all providers via the Delta portal.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=195682909
GO-2016318-PRO-7941651 TKR-2016318-PRO-7941650   
   VI.3.1)Body responsible for appeal procedures:
      Harborough District Council
      The Symington Building, Adam & Eve Street, Market Harborough, LE16 7AG, United Kingdom
      Tel. +44 7880512540, Email: Commissioning2@harborough.gov.uk
   VI.3.2)Lodging of appeals: The Council will incorporate a minimum 10 working day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 18/03/2016